Construction Manager for School of Veterinary Medicine

expired opportunity(Expired)
From: Rowan University(Higher Education)
23-41

Basic Details

started - 09 Apr, 2023 (12 months ago)

Start Date

09 Apr, 2023 (12 months ago)
due - 10 May, 2023 (11 months ago)

Due Date

10 May, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
23-41

Identifier

23-41
Rowan University

Customer / Agency

Rowan University
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

23-41 CONSTRUCTION MANAGER FOR SCHOOL OF VETERINARY MEDICINE REQUEST FOR PROPOSALS (RFP) Rowan University The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Laurel Hall North Phone: 856.256.4171 Email: bids@rowan.edu mailto:bids@rowan.edu RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 1 Table of Contents Bid Specifications Schedule of Events 2 Required Procurement Documentation 3 Introduction, Project Background, Contractor Qualifications, Scope of Work 4-12 Pricing 12 Term 12 Procedural Requirements & Amendments 12-13 Vendor Personnel 13 Submission Requirements 13-20 Submission Instructions 21 Evaluation & Selection Criteria 22 Proposal Page 23 Additional Information 24 Terms & Conditions: Specific to Rowan University 25-29 Specific to New Jersey State Law 30-35 Specific to New Jersey State Law &
by Contractors Based on Contract Type 36 Specifically Related to all Contracts Funded, in Whole or in Part, by Federal Funds 37-42 Apprentice Bid Specification Rider 43-45 RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 2 Schedule of Events Questions: All questions must be submitted via email to bids@rowan.edu with the name and number of the bid in the subject line. Questions will not be accepted by telephone. All questions submitted will be answered on The Office of Contracting and Procurement website on the date indicated below. Due Date: Proposals must be received no later than the submission due date and time listed in the Schedule of Events below to bids@rowan.edu. Proposals will only be accepted electronically. In order to be considered for the award, all electronic proposals must be received at the appropriate required time. Any proposal not received on time may be rejected. Refer to the Submissions Requirements section of this document for further details. Dates are subject to change. All changes will be reflected in Addenda issued. Schedule of Events Event Date Time Bid Issued 03/27/2023 Site Visit 04/06/2023 2:00 pm in the SJ Tech Park Conference Room Questions Due 04/19/2023 Answers Posted to Website 04/25/2023 Submissions Due 05/10/2023 2:00 pm mailto:bids@rowan.edu https://sites.rowan.edu/procurement/bids/ mailto:bids@rowan.edu RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 3 Required Procurement Documents & Bidder’s Checklist The documents as listed below are Procurement documents mandated by State regulation and University policy. All documents as listed must be included with your submission package in order for your proposal to be deemed responsible for this offering. * Submission requirements for redactions can be found here. If you have trouble downloading any of the aforementioned forms, most are also available at the Division of Purchase & Property. Required Procurement Documentation & Bidder’s Checklist Failure to include the below requested documentation will result in automatic rejection of bidder’s submission. 1 Proposal Page & Pricing Sheets 2 Proof of Ability to Obtain Required Insurance 3 Acknowledgement of Receipt of Addenda (if any issued) 4 Ownership Disclosure 5 Subcontractor Utilization Plan Failure to include the below requested documentation may result in rejection of bidder’s submission. 6 Ch51 Contractor Certification and Disclosure of Political Contributions Public Law 7 Ch271 Vendor Certification & Political Contribution Disclosure Form 8 Certification of Non-Involvement in Prohibited Activities in Russia or Belarus 9 Confidentiality & Commitment to Defend * 10 Disclosure of Investment Activities in Iran 11 Disclosure of Investigations & Other Actions Involving the Vendor Form 12 EEO/AA Evidence Disclosure 13 Exhibit A Mandatory EEO Language for Goods, Professional Services & General Service Projects 14 Exhibit B Mandatory Equal Opportunity Language 15 Macbride Principals Form 16 New Jersey Business Registration Certificate Vendors can check the status of their BRC here. 17 New Jersey Policy Prohibiting Discrimination in the Workplace & Model Procedures for Internal Complaints Alleging Discrimination in the Workplace and Acknowledgement of Receipt. 18 Non-Collusion Affidavit 19 Taxpayer Identification Request (W-9 Form) Provide the below forms if applicable to the project. 20 Construction Contracts Language 21 Consent of Surety 22 Form of Bid Bond 23 EO151 / Additional Mandatory Construction Language 24 Public Works Certificate 25 Subcontractor Disclosure Form https://sites.rowan.edu/procurement/bids/ https://www.nj.gov/treasury/purchase/forms.shtml https://www.nj.gov/treasury/purchase/forms.shtml https://sites.rowan.edu/procurement/files_forms/forms_bids/ownership-disclosure.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/subcontractor-utilization-plan.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/chapter-51-form.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/chapter-271-vendor-certification-political-contribution-disclosure-form.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/disclosureofprohibitedactivitesinrussiabelarus.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/confidentialityform.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/disclosure-of-investment-activities-in-iran.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/disclosureofinvestigations.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/EEOAAEvidenceforGPSGSProjects.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/ExhibitAMandatoryEEOforGPSandGS.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/ExhibitAMandatoryEEOforGPSandGS.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/ExhibitBMandatoryEEOLanguage.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/macbride-principles.pdf http://www.state.nj.us/treasury/revenue/busregcert.shtml https://www1.state.nj.us/TYTR_BRC/jsp/BRCLoginJsp.jsp https://sites.rowan.edu/procurement/files_forms/forms_bids/NJHarassmentPolicyandProceduresReceipt.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/NJHarassmentPolicyandProceduresReceipt.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/NJHarassmentPolicyandProceduresReceipt.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/NonCollusionAffidavit.pdf https://www.irs.gov/pub/irs-pdf/fw9.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/ConstructionContractsLanguageB.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/ConsentofSurety.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/FormofBidBond.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/EO151AdditionalMandatoryConstructionContractLanguage.pdf https://sites.rowan.edu/procurement/files_forms/forms_bids/SubcontractorDisclosureForm.pdf RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 4 Project Overview Rowan University is soliciting proposals from qualified, firms to provide Construction Management services related to the design, bidding and construction of an Addition to the Chamberlain Student Center (Project) on its main campus in Glassboro, New Jersey. Background Rowan University has evolved from its humble beginning in 1923 as a school with a mission to train teachers for South Jersey classrooms, to a comprehensive public research university with a strong regional presence and reputation. The university’s main campus is now spread over approximately 225 acres, bifurcated by Rt. 322 in Glassboro New Jersey. The two sides of the campus are referred to as the South and North Campus and are 70 and 155 acres respectively For the most part, the North campus is the hub for academic and the South for administrative functions. Today, Rowan's over 16,000 students can select from bachelors, Masters and doctoral degree programs in colleges and schools across four campuses. The University is one of only 56 institutions in the country with accredited programs in business, education, engineering and medicine. The Rowan campus has experienced significant growth over the past few years. Increase in the student population has resulted in a need for additional space and increased efficiency for the use of existing space on campus. The Rowan University School of Veterinary Medicine building complex will be located on the north side of Rowan’s West Campus. Designed as a multipurpose learning environment, the envisioned 167,500 GSF complex will include an academic building, veterinary hospital, and research space. The SVM will be serving students of all levels who will have access to physical resources such as large auditoriums and break out study rooms, pre-clinical laboratories and surgical facilities, and state of the-art-technologies for learning and teaching. School of Veterinary Medicine The School of Veterinary Medicine at Rowan University will be the first in New Jersey. Once accredited, the School will offer New Jersey’s first Doctor of Veterinary Medicine (DVM) degree, as well as related degree programs designed to shape the future of veterinary medicine and animal health care in the state. With the addition of the School of Veterinary Medicine, Rowan University will be one of only two universities in the nation offering Doctor of Veterinary Medicine, Doctor of Medicine and Doctor of Osteopathic Medicine degrees. Focused on practical research at the intersection of medicine, engineering, science, business and the environment, the School of Veterinary Medicine is uniquely qualified to advance the health and well-being of animals and humans through the “One Health Concept.” That is, there is “one medicine” supporting “one health.” We expect our graduates to address societal concerns in the broadest sense while improving patient outcomes. The School of Veterinary Medicine at Rowan University will pioneer student scholarly research and the discovery of new knowledge in basic and applied sciences, while maintaining a strong commitment to both routine and specialized veterinary medical care and service. RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 5 With emphasis on the interrelatedness of animals, humans, and the environment, the school will utilize academic talent and resources of Rowan’s two medical schools, the Henry M. Rowan College of Engineering, the College of Science & Mathematics, and clinical partnerships with private and community-based veterinary practices to support student success. Additionally, the school will utilize its key partnerships with its affiliated Rowan colleges to advance pathways for aspiring veterinary professionals. Graduates of the school are expected to acquire a broad set of relevant skills, competencies and appreciation for cultural diversity throughout the curriculum, enabling them to work productively and effectively with both their patients and their human counterparts, which, upon graduation, increases their value in the veterinary market. Translational Research Tower Consistent with Rowan’s One-Health approach this new facility will bring together business, education, engineering, medicine and veterinary sciences as part of a one-health initiative pursuing a collaborative transdisciplinary, unifying approach that aims to sustainably balance and optimize the health of people, animals and ecosystem. The proximity of this new biomedical research tower in relation to the Virtua Hospital and its proximity to Rowan’s new School of Veterinary Medicine, Veterinary Hospital and School of Nursing simulations labs and classroom facilities serves to further Rowan’s vision is to create the country’s destination of choice for students who share a passion and love for science and research at all higher education levels. A new research facility offers an opportunity to harness the potential of translational research in a state- of-the-art purpose-built setting, taking advantage of modern, more collaborative and open approach to delivering scientific excellence. Large open-plan, modular laboratories designed to provide visibility, will not only facilitate cutting edge research within but also provide the ability to showcase the scientific discovery to patients, funders and clinical population. Whilst the translational medicine research has experienced rapid growth in recent years, its impact in terms of front-line clinical application is still somewhat limited due to considerable differences between study patients and populations in health care settings. A partnership between a research environment and a medical health care provider has the ability to unlock the access to the intended recipients of the medical advances, allowing the translational research to overcome one of its biggest challenges in delivering the benefits directly to populations of patients beyond the clinical trials. The partnership will benefit not only the clinical application aspect but also improve existing, and enable the development of future, more practical and pragmatic research programs, better tailored to delivering treatments to real-life patients, bridging the gap between medical discovery and measurable health care improvements amongst populations. The research tower co-locates researchers in an innovative setting, launching an initiative to increase the pace of discovery in all areas of Biomaterials Engineering, Biomimetic & Biohybrid Materials Engineering, Polymer Engineering, Pharmaceutical Engineering, & Therapeutic Delivery. The design employs flexible laboratory architecture that evolves with scientific advances over time, facilitating collaboration and RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 6 communication among researchers and staff The planning, design, and implementation of engineered systems enhance flexibility, reliability, and energy efficiency. Consistent with the commitment to ecology that underlies the one-health perspective, the design of this state-of-the-art facility will prioritize building performance, using distributed systems, heat recovery, lighting controls, and water-saving fixtures. The interdisciplinary program challenges the building systems and infrastructure to balance the immediate adjacency of labs with safety ventilation requirements and offices and collaboration spaces that yearn for and benefit from natural ventilation. The planning, design, and implementation of engineered systems will optimize flexibility, reliability, and energy efficiency as part of Rowan’s commitment to sustainability. Putting all of this in context, the site development looks to leverage the existing environmental assets to supplement the resilience and sustainability of the immediate site environment and ecology to incorporate bioretention strategies to capture and utilize stormwater runoff and to preserve, expand and protect existing habitat. Additional plans and campus background information may be found on the Facilities Web Site. I. PROJECT GOALS A. Construct the first Veterinary Medical School in the State of New Jersey while also constructing 50,000 sq.ft. of research space as the University moves toward R-1 status. B. Spark the overall development of the West Campus. II. PROJECT DESCRIPTION A. The project primarily consists of a 170,000 sq.ft, facility to house the New School of Veterinary Medicine and a Research Tower located on the Rowan University West Campus in Glassboro NJ. B. The following appendices are attached for the facilities associated with the project. 1. Concept Design Package (Appendix 1) 2. Anticipated Project schedule** (Appendix 2) Note:** Subject to change III. SCOPE OF SERVICES A. The selected Construction Management Consultant (CM) shall provide all services necessary for the collaboration with the University Project Manager and Architect during all design Phases, scheduling, budget and constructability issues, as well as bidding, construction and close out process of the project. B. The CM will report to the University Project Manager assigned to this project, who will have overall responsibility for coordinating the design and construction effort including those of all team members in order to complete the project on time and on budget. C. The project Construction Manager (CM) along with the University Project Manager and Architect will have primary responsibility for the design and construction of the project. D. The overall scope of CM services include but are not limited to the following tasks: 1. Provide a evaluation and management of the University’s project schedule that includes: a. Design and Construction Documents Phases b. Development of Procurement Strategy to minimize the impact of long lead items and ensure the required completion date c. Bid Assistance Phase d. Construction and Closeout Phase http://www.rowan.edu/adminfinance/facilities/MasterPlan/index.html RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 7 2. Develop and reconcile Construction Cost Estimates (CCE) during each phase of development while developing the University’s project budget that includes a. Total project budget b. Soft costs c. Estimated construction budget 3. Develop a strategic construction plan to enable an efficient construction process to take place, including establishing project master schedule which includes procurement and construction to ensure orderly progression of the work, in the most time efficient and effective way possible. This can and may include development of early procurement packages, multi prime bidding, and single prime bidding, or CM at Risk. 4. Collaborate with Rowan on strategizing the sourcing of long lead items to enable the orderly progression of work. 5. In addition, the CM will: a. Attend all bi-weekly project progress meetings in coordination with the Architect and their consultants, and with the University. The Construction Manager will provide minutes for each minute and distribute to all involved parties. Minutes will include, at a minimum, items discussed at prior meetings and how they were resolved, a two week look ahead schedule and how it relates to the overall project schedule, and a review of the overall project budget. b. Develop multiple Project Cost Estimate, using an independent professional consultant, based upon the progress of the Architect’s Drawings and Specifications. The Cost Estimate will include all costs associated with the project including, but not limited to, construction costs, soft costs, DCA plan review and permitting fees, FF&E costs, etc. The Cost Estimate will be presented at the completion of this phase of work to the University. The CM will provide with the estimate an analysis of how the project cost compares to the University’s budget, and provide recommendations to modifications and adjustments to the scope of work should the Cost Estimate track above the University’s budget. The CM will advise the University of any possible value engineering recommendations, including Life Cycle Cost evaluations, for alternate materials and systems. c. Prepare and submit a monthly cash flow analysis to the University throughout the duration of the project. d. Develop a CPM Project Schedule which include each phase of pre-construction and construction; and, which show milestone dates for each phase of the project. The CM will provide recommendations regarding phasing the project including a partial or phased occupancy schedule. The CM will include bi-weekly reviews of the Project Schedule they produce and recommend any special sequences that may be required to execute the work in coordination with the Owner and Architect. The schedule will be presented at the completion of each phase of work to the University. e. Perform a constructability and quality assurance review of the plans and specifications generated by the Architect and their consultants. The Construction Manager shall advise the University about the suitability of the systems and materials selected, the availability of labor, time requirements for procurement and installation, construction and relative costs of materials, and shall provide recommendations for economies as appropriate. f. Should the University elect to pre-purchase construction materials prior to putting the project out for bidding, assist the University with the pre-purchasing and delivery of such long lead materials, track these costs in the Cost Estimate and track the procurement, delivery and installation of these materials in the Project Schedule. g. Provide assistance and recommendations to the University for obtaining any necessary specialty professional services or studies, if required. RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 8 h. Assist the University in the development of the Division 0 Bidding Forms and Division 1 Administrative Front End Specifications requirements. E. Schematic Design 1. Review Schematic Design Document and report a. Constructability reviewers will concentrate on large issues that have a greater impact on cost. 2. Familiarize team with existing conditions and all reports. 3. Provide Preliminary Design Cost Estimate and review and validate estimate provided by the design team a. Estimate review will focus on the basic building design concepts as well as the major systems and materials contemplated by the design team in an outline specification. F. Design Development 1. Attend all key meetings a. Project Manager 2. Cost estimate – project costs; with phasing impact a. Provide Design Development Estimate at each formal submission by the Architect to compare and reconcile with the estimate prepared by the Architects. b. Expertise should include but not limited to: forecasting cost of work, assist in the identification of cost trends and incorporate the cost impact of constructability 3. Design Review a. Examine design and documents for constructability, coordination, cost impact, schedule impact, quality, and system performance. b. Consider whether the design can be safely and efficiently built, through an analysis of details and the required schedule/construction sequence. c. Development of an effective logistics and mobilization plan for the overall project d. Represent understanding and impact of the University’s operations and facilities, and the surrounding area. e. The analysis should be comprehensive, encompassing phasing, temporary facilities including roadways, walkways, signage, fencing, and lighting, construction requirements (e.g., trailers, utilities, toilets and material storage.) f. Additionally, the team should consider and provide information regarding the impact of construction on the campus and the surrounding area, to address traffic, parking, large deliveries, such as steel and concrete, and daily small-truck deliveries, and the use of University facilities by workers. 4. Schedule a. Provide an Integrated Project Schedule b. The Schedule should capture design milestones, client activities and construction phase details. Additionally, validate schedule logic, challenge durations, create activity links and identify the project’s critical path. c. Highly focused schedules that help the project team make decisions and analyze options. Such as overall scope for sub projects (such as relocation of MEP equipment prior or during demolition, and services; coordination of services during Phase overlap); and providing sufficient lead time for critical early purchases. 5. Logistics a. Work with the University to provide moving costs and schedule G. Construction Documents 1. Attend all key meetings a. Project Manager and Key personnel as required 2. Cost estimate – project costs; with phasing impact RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 9 a. Provide Cost Estimate at 50% and 90% of the bidding documents to compare and reconcile with the final estimate from the Architects. b. Expertise should include but not limited to; forecasting cost of work, assist in the identification of cost trends and incorporate the cost impact of constructability 3. Design review a. Examine design and documents for constructability, coordination, cost impact, schedule impact, quality, and system performance. b. Consider whether the design can be safely and efficiently built, through an analysis of details and the required schedule/construction sequence. c. Development of an effective logistics and mobilization plan for the overall project d. Represent understanding and impact of the University’s operations and facilities, and the surrounding area. e. The analysis should be comprehensive, encompassing phasing, temporary facilities (if required), roadways, walkways, signage, fencing, and lighting, construction requirements (e.g., trailers, utilities, toilets and material storage.) f. Additionally, the team should consider and provide information regarding the impact of construction on the campus and the surrounding area, to address traffic, parking, large deliveries, such as steel and concrete, and daily small-truck deliveries, and the use of University facilities by workers. H. Bid Assistance / Permitting Phase 1. The Architect will be responsible for providing the University with PDF copies of Plan Review Documents that have been submitted to the NJ DCA. The Architect will be responsible for the filing of the Plan Review Application and Plan Review Documents, while the University will be responsible paying the Plan Review Fees. The Construction Manager will be responsible for tracking the plan review process on the Project Schedule, tracking the plan review costs on the Cost Estimate. 2. The University will chair the Pre-bid Meeting. The Architect and Construction Manager will each be required to attend the Pre-bid Meeting. The Construction Manager will be responsible for presenting to the bidders information regarding the overall project schedule, phasing, and other pertinent information. 3. The Construction Manager will review qualifications of potential bidders, generate interest amongst potential bidders, advise the University as to feedback from potential bidders. 4. The University will chair the Bid Opening. The Architect and Construction Manager will each be required to attend the Pre-bid Meeting. The Construction Manager will assist in reviewing and evaluating bids, providing a bid tabulation, and in making recommendations to the University as to the lowest responsible bidder. I. Construction Phase 1. The University will be responsible for the payment of permits. The CM will be responsible for assuring the Contractor completes all permit applications. 2. The Construction Manager will verify that the Contractor has submitted all documents necessary for the Notice to Proceed. The CM will verify the execution of Contract, affidavits of insurance, bonds, etc. have been completed prior to the start of the work. 3. The Construction Manager, in conjunction with the Architect and University will comment and approve the Contractor’s initial schedule of values and initial Project Schedule at the onset of the project. 4. Advise and assist the University Project Manager to ensure all work is being completed in accordance with the contract documents and the approved Master Project Schedule, Safety Program, minority participation requirements, Project Budget including all approved Change RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 10 Orders), State regulations and codes of all applicable permitting authorities. Assist the University Project Manager in supervising, coordinating and directing the work of the Contractor. 5. The chief duties will include, but not be limited to the following: A. To ensure no disruption to on- going classes and / or building activities resulting from construction phasing, noise, dirt and debris, or any other construction related activity. B. Monitor the installation and maintenance of all contractor-provided safety signage and protection. C. Proper notification be given to building end users so that minimal disruption of existing building systems and users occurs. D. On-site construction supervision will also include: daily logs indicating work completed; man power on- site; field issues; quality control monitoring; coordination of the various trades; etc. 6. The Construction Manager will attend the Pre-construction and all subsequent project meetings with the Architect and their consultants, and with the University. The Construction Manager will maintain minutes of each meeting in accordance with standard construction practices. Each meeting will include, at a minimum: a. Review of a 2-week look back and ahead schedule and review how it relates to the overall project schedule; b. Recent safety performance; c. Upcoming deliveries; d. Outstanding RFI’s and submittals; e. Action By and Status Items; f. Progress payments, pencil copy review; g. Opening, pending, completed change orders; h. Status of Special Inspections and DCA Inspections; i. Minority/SBE performance; j. Coordination of Owner furnished and / or installed items; k. Other construction progress items; 7. The Construction Manager will be responsible for writing and distribution of Meeting Minutes. 8. The Construction Manager will attend Pre-installation Meetings with the Contractor, Architect, University, and tradesmen / subcontractors. 9. Participate in walk-through and field observations by the Architect. 10. The Construction Manager will provide a monthly report to the University Project Manager. The report will include a copy of the daily log, progress photos, a copy of the monthly cash flow analysis, assessment of the progress of the work against the Project Schedule, a report on the status of the RFI Log, Submittal Log, and Change Order Log, and other information or open issues necessary to convey to the University the progress of the work. 11. Assist the Architect with the submittal process. Consult with the University Project Manager and Architect in the development of a comprehensive submittal log. Use industry knowledge to highlight long lead time materials and/or equipment. CM will be responsible for managing the submittal process and will notify the University Project Manager of any delay by either the General Contractor and/or the Architect. All submittals falling behind schedule shall be highlighted on the log. CM should assume a minimum of two (2) rounds of submissions for each submittal required on the Project. 12. The Construction Manager will track the issuance of pencil copy payment applications and payment applications. The CM will review pencil copies with the Architect and verify percentages complete. The CM and the Architect will each be required to sign off on payment applications prior to University payment to the Contractor. 13. The Construction Manager will review change order proposals to verify the validity, purpose and costs. The CM will review the change order proposals with the Architect and University Project RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 11 Manager, and provide recommendations to the University how to proceed. The CM will generate and monitor the progress of change orders against the Project Budget. 14. Regularly monitor and maintain a log of Contractors’ performance in obtaining minority and SBE Project participation including contractor efforts to engage minorities, minority business and Small Business Enterprises, business participation levels, and on-site employment aspirations. CM to advise and assist the University in obtaining all required State of New Jersey Affirmative Action and Prevailing Wage documentation. 15. Advise the University in the development and implementation of a Quality Control Plan to help ensure the General Contractor, subcontractor and service provider is performing in accordance with the design and specifications. Once the plan is developed the CM will notify the University Project Manager and General Contractor of any deficiencies and advise the University Project Manager regarding an immediate corrective action plan to remedy the deficiency. CM will maintain and regularly update a log of all noted quality assurance deficiencies and the corrective actions taken. Each item will be discussed at its respective project meeting with discussion noted in the meeting minutes for that particular meeting. The log will be updated as necessary and made available to the University and to the Architect. 16. CM shall advise the University Project Manager if work has progressed sufficiently to determine if a certificate of substantial completion can be issued by the Architect of Record. 17. Assist the Architect with review of the work completed, help develop a list of incomplete items, obtain a schedule from the Contractor for the completion of such items, and determine the appropriate date for field re-inspections by the Architect. 18. The Construction Manager will assist the University with University FF&E Procurement, locksmith, and other University vendors, assuring the vendors coordinate their activities with the Contractor and his tradesmen. The CM will incorporate the vendor procurement and execution into the Project Schedule, and will assist the University with assuring these activities are included with the Contractor’s project schedule. 19. The Construction Manager will verify the scheduling and status of progress inspections, final inspections, and issuance of the Certificate of Occupancy with the Contractor. The Construction Manager will report to the University as to any potential issues leading up the inspections, approvals, and issuance of the Certificate of Occupancy. 20. The Construction Manager will coordinate all training sessions between the Contractor and the University. The CM will be responsible for assuring that all training sessions are held, recorded, and documents turned over to the University as part of project closeout. 21. The Construction Manager will review the completeness of the Contractor’s closeout documents (i.e. as-builts, O+M manuals, surety releases, warranties, guarantees, lien wavers, insurance turn over, etc.). The CM will assure delivery of hard and PDF copies to the University. 22. The Construction Manager will be responsible for scheduling an 11-month Post-occupancy meeting with the Contractor, the Architect, and the University. The meeting will be held 11 months after the date of Substantial Completion. The CM will chair this meeting. The CM will help the University assure that any open warranty items are addressed by the Contractor prior to the expiration of the warranties. 23. Assist the University Project Manager with project specific financial and cost accounting. Cost accounting records shall be maintained for all project costs. The CM shall be responsible for maintaining such records. The CM shall make available all records necessary to verify the nature and extent of the costs associated with the execution of the project contract(s) to the University and State of New Jersey as applicable and required. Such inspection shall be available up to 3 years after the completion of the contract. RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 12 24. CM services and obligations under this scope of work shall be considered completed once the end users have occupied the building, are using it for its intended use, all project documentation has been accounted for, received, approved and transmitted to the University and closed out to the satisfaction of the University. IV. SUPPORTING INFORMATION A. Budget: The total construction project budget is $176,000,000. The selected firm shall provide a breakdown of the construction budget and routinely update and validate the budget for the project. The construction budget includes all hard cost including construction contingency. B. Schedule: The Occupancy date is July 1, 2025, as the first class of Veterinary Students begin in September 2025. C. Rowan will rely on the expertise of the successful respondent to independently propose schedule modifications or adjustments to enhance the efficiency of the project approach and to ensure a successful and timely project delivery. D. The goal is to have each space vacant to avoid renovating in occupied spaces, however conversely there is a sensitivity relating to timeliness of delivery for all spaces. The DRAFT schedule attempts to represent this overall sensitivity and should only be used as a guidance document. V. PRICING A. Fee proposal for the services described herein shall be a Not to Exceed Fixed Fee for the durations listed on the price proposal form that includes overhead, profit, insurance, etc. and reimbursable expenses. B. No proposal may be withdrawn for ninety (90) days. C. Use the format provided in Appendix 4 and transfer the Not to Exceed value onto the Proposal Page of this RFP. D. Refer to the Proposal Page for additional information. VI. TERM OF CONTRACT A. Contract will be for the amount of time necessary to complete all the requirements of this RFP as determined by the documents and contract provided by the Rowan University Facilities Planning & Construction Department. B. The University reserves the right to terminate the awarded contractor's services for cause or convenience at any time during the term of the contract. C. In the event that the University terminates services, written notice will be provided thirty (30) days in advance of termination date. VII. PROCEDURAL REQUIREMENTS AND AMENDMENTS A. The awarded vendor will comply with all procedural instructions that may be issued from time to time by the Contracting Officer of the University or designee. B. During the contract period, no change is permitted in any of its conditions and specifications unless the awarded vendor receives written approval from the Contracting Officer or respective designee. C. Vendors must supply Rowan University with any/all applicable warranty information, whether expressed or implied. D. Should the awarded vendor find at any time that existing conditions make modification in requirements desirable; it shall promptly report such matters to the Contracting Officer or designee of the University for consideration and decision. E. During the period of contract or any extension thereof, the University reserves the right to add or delete specific devices. RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 13 F. Rowan University may make changes in the general scope of the contract services provided by the vendor by written notice. The vendor shall promptly comply with the notice and shall bring all subsequent services in conformance with the notice. G. If any such changes cause a material increase or decrease in the vendor’s cost of operation or the time required for attainment of required service levels, an equitable adjustment in the contract cost or time allotted for fulfillment of the contract shall be negotiated and the contract modified accordingly. Any change, alteration or modification of any contract will be valid and binding only if a submittal of a proposal, vendor hereby agrees to negotiate on good faith. H. The awarded vendor’s engagement partner and/or manager might be required to meet periodically with the Contracting officer or her representatives to discuss services. VIII. VENDOR PERSONNEL A. SUBCONTRACTORS: No subcontractors are permitted for this project. B. While on University property: 1. All personnel shall observe all rules and regulations in effect at Rowan University governing safety and personal conduct. 2. Vendor employees shall be subject to control of the University, but under no circumstances, shall such persons be deemed employees of the University. C. Vendor personnel shall not represent themselves or be considered as employees of Rowan University. D. CRIMINAL BACKGROUND CHECKS ARE MANDATORY for all non-university personnel performing work on the Rowan University Campus. Vendors, consultants, contractors and subcontractors are required to take all reasonable steps to assure that their employees do not represent a threat to the campus community. Failure to comply with this requirement may result in immediate termination of any award or contract. E. The proposer shall be solely responsible for all damage or unauthorized destruction to any Rowan University buildings, equipment, premises or facilities; lease, lent, or in the care, custody or control of the University or State. F. The Vendor shall remove from the Rowan University, any of its employees who are found to be unacceptable by the University. Such requests will not be unreasonable. G. At all times, vendor personnel shall be in professional attire with clear identification of the company’s name, logo, and person’s name. IX. SUBMISSION REQUIREMENTS A. Submissions should provide a straightforward and concise delineation of the respondent proposal and commitment to satisfy the requirements of the RFP. B. Bid submissions should include all information noted in the sections above and on the Required Procurement Documents page of this document as well as the following information. C. Any and all information designated in the Project Manual and accompanying documents, if applicable. D. Proposals submitted in any other format other than as listed below will be considered informal and may be rejected. E. Conditional proposals will not be considered. F. Bid submissions shall not contain URLs (Uniform Resource Locators) or web addresses. The internet contains dynamically changing content, inclusion of a URL or web address in a bid submission is indicative of potentially changing information. Inclusion of a URL or web address in a bid response implies that the bid’s content changes as the referenced web page changes. G. Post Award: Following the notification of award, Vendor(s) may receive a contract along with a request to review terms, deliverables, costs and the University’s expectations in general. You will be RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 14 able to address any post award questions or concerns at this time. If you do not receive a contract within seven days of award, please contact contracts@rowan.edu. H. The Bid submission should be concise and shall be organized in a manner so the selection committee may quickly access pertinent information. Every effort should be made to avoid duplicating the information presented in the Bid submission. Each Bid submission must include an index and be organized by discrete sections corresponding to the criteria and in the same order as listed below: 1. Cover Letter: a. Bid submissions must be accompanied by a transmittal letter not to exceed two (2) pages signed by a principal of the firm. b. Submittal responses must have a cover letter on a letterhead signed in ink by all persons required under the applicable organizational documents in order to bind the Proposer on the submittal response. At minimum it should include: • Identification of the prime consultant and the team members. • A high-level summary of your team’s relevant qualifications. • Acknowledgement that you have reviewed any addenda issued to the RFP, as posted on the University’s website. • The name and contact information of the individual in your firm that the University should contact 2. Organizational Information a. Describe the organization and overall structure of your organization and proposed team; including sub-consultants. Indicate the composition and number of staff, facilities available and experience of your firm/team, sub consultants etc. 3. Firm’s Project Approach a. In no more than 500 words and diagrams, explain why your organization is uniquely qualified to provide professional services for Rowan University. Include any additional scope of services you could provide that, in your opinion, may benefit the overall management and success of the project. Also, feel free to provide any other information which you feel would be helpful in the selection of your firm on for this project. 4. Firm’s Experience on Similarly Sophisticated Projects (20 Points) The Responding Firm shall submit at least three (3), but no more than five (5), case studies as examples of the Responding Firm’s past experience in managing construction projects comparable in size, cost and/or complexity to the Project. Such projects may include, but are not limited to, any of the following: • Projects of similar size, cost and/or complexity • Public sector projects • Design-Build projects • Any combination of the above The case studies shall describe projects completed within the past seven (7) years, for which the Firm served as the Construction Manager. Case studies representing public-sector projects and/or design-build projects are preferable. The case studies must concisely set forth the basic background information for the projects offered as comparable (dates and location and the cost and scope of the work). The case studies must describe the effectiveness of the cited projects, and the methodology used to measure such effectiveness (on-time delivery, successful completion of project, effective management of costs). mailto:contracts@rowan.edu RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 15 The case studies shall demonstrate why the cited projects are comparable to the Project that is the subject of this procurement. Where applicable, the case studies shall demonstrate the Firm’s experience working with any Subconsultants named in the Price Proposal. Case studies demonstrating the Firm’s experience working on projects subject to NJDEP and NJDCA jurisdiction (or equivalent entities in other states or the Federal Government) are preferred, and case studies should describe the nature of the interaction with NJDEP/NJDCA (or equivalent entities), in terms of the particular issues encountered and the approach or methodologies employed for interacting with NJDEP/NJDCA (or other equivalent entities), and should describe the effectiveness of the Firm’s approach, and the methodology used to measure such effectiveness. Each case study must identify the name and address of the contracting entity and the name, title and telephone number of a contact person associated with the contracting entity that is familiar with and able to comment on the Firm’s performance on each project. 5. Staffing Proposal for the Project (20 Points) In this procurement, the University has determined to require a minimum threshold for CM staffing for the Project, defining a roster of required CM Staff members identified by title and responsibilities, and defining a required time commitment for such staff member that varies over the duration of the Project. This is a minimum requirement, and Responding Firms may propose staffing that exceeds this minimum standard. The staffing required to be identified in the Technical Proposal is as follows: Project Executive: Supporting commitment (not required as a full-time requirement, but shall be on an as-needed basis and as per the CM proposal) from NTP to Final Completion. The Project Executive (PE) is the point of contact for the University and the CM on all contractual matters and is the primary overall manager of the CM staff. The PE shall assure that the CM field staff provides all deliverables and meets all project requirements. The PE shall manage the CM field and CM office staff to provide deliverables required by the contract. The PE shall be responsible for the overall performance of the CM staff, and shall be the “CM Contact” as defined in the Agreement. The PE must have a required minimum experience in define position of a two (2) years or 2 projects of similar size and complexity. This experience must be in a similar position with similar responsibilities. A substitution for experience in this position can be a minimum of fifteen (15) years as a Senior Project Manager or Project Manager on similar projects. Project Manager: Full-time commitment from NTP to Final Completion. The Project Manager (PM) shall be the CM’s “in the field” staff manager, and lead for the Project. The PM is responsible for the review of all general construction activities as well as site work and furniture/technology placement. PM is responsible for coordinating all communications between CM, University and the Contractor. PM is the CM’s liaison with NJDCA. PM shall manage the documentation control and uploading to the University database/systems (currently RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 16 Primavera Contract Manager). PM is responsible for the coordinating of all inspections by Code officials or Special Inspectors. The PM is responsible for review of all change orders, change proposals, and allowance allocations. The PM is responsible for review of all submittals and for recommending action on such submittals to NJSDA. The PM is responsible for review, oversight, and recommendation of the project schedule and updates. PM provides oversight and management of the Contractor’s safety and QA/QC programs. PM shall manage and coordinate the activities of the Assistant Project Manager and other CM Staff and resources to achieve the successful performance of all of the PM’s job functions and responsibilities listed above. The PM must have a required minimum experience in define position of a ten (10) years or 5 projects of similar size and complexity. This experience must be in a similar position with similar responsibilities. Assistant PM: Full-time commitment from three (3) months after Construction NTP to Substantial Completion; then at University’s discretion, either one (1) month of full-time commitment, or two (2) months of half-time commitment. The Assistant Project Manager (APM) shall assist the CM’s Project Manager (pm) and shall have supporting or complementary responsibility for the successful performance of all of the PM’s job functions and responsibilities listed above. The APM must have a required minimum experience in define position of a five (5) years or 2 projects of similar size and complexity. This experience must be in a similar position with similar responsibilities. Office Engineer: Full-time commitment from Construction NTP to Substantial Completion; then at University’s discretion, either three (3) months of full-time commitment, or six (6) months of half-time commitment. The Office Engineer (OE) shall have the primary role of the review, processing and filing of all documentation on the project. The OE shall receive, log, and upload into the University’s Database/system all submissions, submittals, correspondence or other documentation received on the project. The OE shall be responsible to track and ensure that all submissions/submittals are reviewed and processed by CM and NJSDA and returned to the Contractor. The OE shall maintain the various documentation logs (Submittals, Change Orders, etc.) and report on this function at job meetings and in monthly reports. The OE must have a required minimum experience in define position of a five (5) years or 2 projects of similar size and complexity. This experience must be in a similar position with similar responsibilities. MEP Manager: Full-time commitment from Construction NTP to Substantial Completion; then at University’s discretion, either six (6) months of full-time commitment, or twelve (12) months of half-time commitment. The MEP Manager shall be responsible to manage the performance of mechanical, electrical, plumbing and HVAC systems work (“MEP Work”) in coordination with the overall construction of the Project. The MEP Manager (MEP) shall have experience managing systems coordination RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 17 and installation on projects of similar size and/or scope, in the areas of HVAC, Electrical (including but not limited to; Fire Alarm, Public Address and Information Technology), and Plumbing (including but not limited to; sprinkler, fire suppression and domestic water) systems. The MEP Manager will provide on-site pre-installation coordination and installation coordination of MEP Work for the Project. The MEP Manager shall be responsible to ensure that the specified and approved systems are fully provided and installed to function in accordance with the intent of the Design-Build Information Package. The MEP Manager shall supervise inspections of MEP systems and equipment. The MEP Manager shall manage and coordinate the commissioning and startup of building systems by the Commissioning Agent engaged by the Contractor for the Project. The MEP must have a required minimum experience in define position of a ten (10) years or 4 projects of similar size and complexity including but not limited to performing Commissioning services on at least 1 project. This experience must be in a similar position with similar responsibilities. Site Work Manager: Full-time commitment from Construction NTP to Substantial Completion. The Site Work (SW) Manager shall be responsible to manage the performance of site utilities, earthwork, and final site finishes (“Site Work”) in coordination with the overall construction of the Project. The SW Manager shall have experience managing systems coordination and installation on projects of similar size and/or scope, in the areas of Site Utilities (including but not limited to; domestic water main, fire sprinkler services, storm water conveyance systems, sanitary conveyance systems, bulk earth moving, grading, and paving). The SW Manager will provide on-site pre-installation coordination and installation coordination of Site Work Work for the Project. The SW Manager shall be responsible to ensure that the specified and approved systems are fully provided and installed to function in accordance with the intent of the Construction Documents. The SW Manager shall supervise inspections of SW systems and equipment. The SW Manager must have a required minimum experience in define position of a ten (10) years or 4 projects of similar size and complexity. This experience must be in a similar position with similar responsibilities. Furthermore, the Agreement requires that CM employ or engage an independent CPM Schedule Reviewer with the experience and qualifications noted in the Agreement. Responding Firms shall provide a Project-specific Staffing Proposal that identifies the CM’s Team, including a roster of Key Team Members to fulfill the primary obligations of the engagement and the CM Agreement, and any subcontractors or subconsultants necessary to fulfill the remaining obligations of the CM Agreement. In addition to the information provided on the Staffing Proposal Form, the Responding Firm shall provide an Organizational Chart showing the Key Team Members identified for the Project, any other employees or resources that may participate in performance of CM Services under the engagement, and any named Subconsultants included in the Price Proposal. The Organizational RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 18 Chart shall show the responsibilities, structure, and lines of authority for the persons or entities identified. The Staffing Proposal shall identify the Key Team Members (including CM Contact and CM Field Staff), other employees, and subconsultant resources responsible for the following: • Overall management of CM services • Management of subconsultants (if any) • Management of invoicing and verification of project completion status • Analysis of the Project Schedule and schedule updates • Management of quality control and assurance program • Management of submittal review process • Submittal reviews (including Civil, Architectural, Structural, Mechanical, Plumbing, Electrical, and Technology submittals) • Tracking and monitoring of multiple permits, inspections, CAs, and COs • Monitoring, tracking, and follow-up on safety concerns • Management of Project Close-Out • Coordination of SDA FFT&E installations In addition to the core services performed by Key Team Members, certain services or deliverables for the engagement may be required on an as-needed basis (such as scheduling, estimating, review of submittals or inspection) and such as-needed services may be performed by other resources, such as subconsultants or other employees of the CM Firm, as needed to fulfill the requirements of the Agreement and this engagement. The Staffing Proposal shall identify these other employees or resources that are proposed to participate in the performance of CM Services under this engagement on an as-needed basis, though without the regularity or frequency of a Key Team Member. No firm may propose as a Key Team Member any person who has assisted the University by materially participating in the preparation of an RFQ/RFP for this Construction Management Services procurement or for the Design-Build Services procurement for the Project. “Materially participating in the preparation of an RFQ/RFP” shall mean the preparation of the RFP or RFQ/RFP themselves, as well as the preparation of plans, specifications, reports or other documents that are produced with the intent to be incorporated into a Project Manual or Design-Build Information Package that is part of that RFP or RFQ/RFP. Failure to observe this prohibition shall result in disqualification of the conflicted person from the Proposed Team, and rejection of the entire proposal that includes the ineligible person. Identified Key Team Members are expected to fulfill their assigned duties, as referenced by the Responding Firm in this Technical Proposal, throughout Final Completion of the Contractor’s Agreement. Changes to Key Team Members will not be approved if the Key Team Member to be replaced is still employed by the Responding Firm. Responding Firms are encouraged to identify individuals to perform CM Field Staff duties for this Procurement who are not currently assigned, and will not in future be assigned to perform CM Field Staff duties on other Projects that will be in active construction during the active construction RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 19 phase for this Project. The scoring evaluation will favor Staffing Proposals that do not present staffing conflicts for CM Field Staff with respect to other active construction projects. To facilitate evaluation of the Staffing Proposal in light of this concern, the Responding Firm shall provide a description of all current and planned future assignments for any individual identified in the Technical Proposal as performing a CM Field Staff role. 6. Key Team Members’ Experience on Similarly Sophisticated Projects (20 Points) The Responding Firm shall submit resumes of those employees designated as Key Team Members for the Project, and such resumes shall demonstrate the Key Team Members’ experience providing similar services on similarly sophisticated projects, and shall demonstrate the Key Team Members’ experience working with the subconsultants proposed for the Project, if any. “Similarly Sophisticated Projects” may include, but are not limited to, any of the following: • Projects of similar size, cost and/or complexity • Public sector projects • Design-Build projects • Any combination of the above For each Key Team Member, the resumes must include, but not be limited to: a description of at least two, but no more than five, projects completed within the last 7 years of similar or larger size and sophistication to this engagement. The resumes should also include governmental experience and experience with NJDEP and NJDCA (or equivalent entities in other states or the Federal Government) that the Team Member completed in a similar role as that proposed. Specifically the resumes shall describe the nature of the interaction with NJDEP/NJDCA (or equivalent entities in other states or the Federal Government), in terms of the particular issues encountered and the approach or methodologies employed for interacting with NJDEP/NJDCA (or equivalent entities in other states or the Federal Government), and should describe the effectiveness of the approach, and the methodology used to measure such effectiveness. For each project cited in the Key Team Member Resume, the Responding Firm must identify the name and address of the contracting entity and the name, title and telephone number of a contact person associated with the contracting entity that is familiar with and able to comment on the Key Member’s performance on each project. The submitted information will be evaluated to determine how well the Firm identifies and demonstrates that its key personnel meet or exceed minimum qualifications necessary to illustrate that the Firm has sufficient previous satisfactory experience with work of equal or greater sophistication. The Selection Committee will evaluate how well the Responding Firm demonstrates that it has the necessary structure and sufficient experienced, qualified personnel within its organization to effectively manage, inspect and administer the Project, and monitor construction operations, quality control and safety programs. The Responding Firm shall provide a description of all current and planned future assignments for any individual identified in the Technical Proposal as performing CM Field Staff duties. Specifically, the required information shall include, for each individual named to perform CM Field Staff duties: 1) the name of each other project for any such assignment; 2) a description of the responsibilities or duties required for such assignment; and 3) the anticipated duration of the other assignment. RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 20 The SDA will utilize this information to evaluate whether the Staffing Proposal presents the possibility of a staffing conflict by identifying CM Field Staff who will be or who are already assigned to active construction projects running simultaneously with this Project. The Evaluation Committee may consider evidence of such a staffing conflict when evaluating and scoring the Technical Proposal. 7. Proposal & Fee Schedule (40 Points) a. Please complete the Staffing and Fee schedule form (Appendix 4). Fees should include all costs, (overhead, profit, insurance, etc.) b. The Grand total should include all reimbursable expenses and would make up the Not to Exceed Fee identified on the proposal page of this RFP. c. The attachments (item 7 below) should include hourly fees for key members-principal, associate, project manager, administrative etc. that will be working on the project. These should align with those to complete the Staffing and Fee schedule on Appendix 4, attached. 8. Attachments a. Resumes, references, qualifications appropriate certification and licenses for all key team members (prime consultant and sub-consultants). b. Indicate which team members will be responsible for review and submission of permits. Provide names of those team members which have specific knowledge of and experience with the approval and permit processes of the State of New Jersey Department of Community Affairs, Department of Environmental Protection and other applicable area regulatory agencies, and with the administrative review processes and requirements with other applicable NJ State public agencies. c. Provide hourly fees for key members principal, associate, project manager, administrative etc. d. Proof of all discipline required certifications and licensing. 9. Required Procurement Documents & Bidder’s Checklist: All documents requested (Page 2), should be submitted in the listed order. 10. Addenda: if applicable RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 21 Submission Instructions NOTE: THE UNIVERSITY IS NOW ACCEPTING ELECTRONIC BID SUBMISSIONS. ELECTRONIC SUBMISSIONS WILL BE CONSIDERED AS ORIGINALS AND WILL BE UTILIZED AS THE OFFICIAL DOCUMENTATION FOR EVALUATION AND CONSIDERATION BY THE UNIVERSITY. EVERY REASONABLE EFFORT SHOULD BE MADE TO ENSURE THE ELECTRONIC SUBMISSION IS COHERENT AND EASILY VIEWABLE. ALL REQUIRED DOCUMENTS PERTAINING TO THIS OFFERING MUST BE INCLUDED IN THE ELECTRONIC SUBMISSION. Instructions: In order to be considered for the award, vendors must proceed with the following submission options: Submit bid via email to bids@rowan.edu • Enter the Bid Name and Company Name in the Subject Line. • Submit bids no later than 2:00 p.m. on submission due date. • DO NOT PROVIDE LINKS OR ANY EXTERNAL LOCATIONS FOR FILES TO BE DOWNLOADED OR RETRIEVED, THE UNIVERSITY WILL REJECT ANY SUBMISSIONS SENT IN THIS MANNER mailto:bids@rowan.edu RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 22 Evaluation and Selection Criteria • An initial screening of all submissions will be conducted to determine overall responsiveness. Submissions determined to be incomplete or non-responsive may be disqualified, in accordance with applicable law. • Selection of the awarded vendor(s) shall be based solely on the Review Committee’s evaluation of the submissions and the criteria set forth above. • Rowan reserves the right to interview the respondents. • Rowan reserves the right to negotiate the terms and conditions of the contract to obtain the most advantageous situation for Rowan. • Rowan reserves the right to suspend or terminate the procurement process described in this RFP at any time (in its sole discretion). If terminated, Rowan may determine to commence a new procurement process or exercise any other rights provided under applicable law without any obligation to the Respondents. • Submission of a Proposal against this RFP is your acknowledgement that subjective criteria will be used in the evaluation of proposals. Award shall be made to the responsible proposer who is determined to be the most advantageous to the University. • By responding to this RFP, firms acknowledge and consent to the conditions set forth herein relative to the submission, review and consideration of your response. Requests for Clarification by the University: The University may request that any proponent clarify or supplement any information contained in any Proposal. Proposers are required to provide a written response within two (2) business days of receipt of any request for clarification by the University. The award of this RFP will be based upon a review and analysis of all proposals to determine which proposal/proposals best meet the University’s needs. The contract award will be based on a points-earned matrix derived from a service and financial evaluation. Firms will be awarded points in the following categories: Scoring Criteria Weight Firm’s Experience on Similarly Sophisticated Projects 0-20 Staffing Proposal for the Project 0-20 Key Team Member’s Experience on Similarly Sophisticated Projects 0-20 Proposal & Fee Schedule 0-40 RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 23 Proposal Page The proposer states that he/she has carefully examined the specifications of having carefully examined the proposal documents and being familiar with the requirements therein, hereby submits their proposal to provide such services meeting the requirements outlined in this RFP. Name Title Vendor Name Address Phone Email Signature Any and all changes made to this proposal page must be initialed and dated by the Proposer. No edit(s) will be accepted without Proposer’s initials and date, next to any and all corrections. Provide the name and contact information of the individual within your firm that the University should contact regarding questions about your submission. The contact information should include the name of individual, telephone number, and e-mail address Point of Contact Phone Email RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 24 Additional Information The following appendices can be obtained on the Office of Contracting & Procurement’s website: https://sites.rowan.edu/procurement/bids/index.html The following appendices are attached for the facilities associated with the project. 1. Concept Design Package 2. Anticipated Project Schedule 3. Draft Modified AIA C132-2009 CM Agreement 4. Rowan University Price Proposal Form https://sites.rowan.edu/procurement/bids/index.html RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 25 TERMS & CONDITIONS SPECIFIC TO ROWAN UNIVERSITY I. REPRESENTATIONS AND WARRANTIES In submitting a bid for this offering, the vendor expressly warrants that: A. The vendor has legal capacity to execute and perform any Agreement arising from this bid. B. Any Agreement arising from the award of this bid is a valid and binding Agreement enforceable against the vendor according to its terms. C. The execution and performance of an agreement by the vendor does not, and will not, violate or conflict with the terms of any existing Agreement or understanding of which the vendor is a party. D. The execution and performance of an Agreement by the vendor does not, and will not, violate or conflict with any law, rule, regulation, judgment or order of any court or other adjudicative entity binding the vendor. E. The vendor knows of no reason why the vendor is in any way, physically, legally, or otherwise, precluded from performing the obligations under an Agreement arising from this bid, in accordance with its terms, including without limitation those relating to health and safety. F. Such warranties shall survive and shall not be deemed waived by delivery or acceptance of, or payment for the goods and services. G. The vendor warrants and represents that the furniture, when delivered, shall meet or exceed all applicable standards as mandated by State and Federal regulation. II. DEFAULT In case of failure to deliver goods or services in accordance with the contract(s) terms and conditions, Rowan University, after due oral or written notice, may procure substitute goods or service from other sources and hold the vendor(s) responsible for any resulting additional purchasing and administrative costs. This remedy shall be in addition to any other solution, which Rowan University may have. III. SALE OR BANKRUPTCY OF BUSINESS A. If during the life of this Agreement, the awarded vendor disposes of its business by sale, transfer, force of law or by any means to another party, all obligations are transferred to such purchaser. In this event, the new owner(s) may, in Rowan University' discretion, be required to submit a performance bond in the amount of the value of services to be delivered pursuant to this Agreement. B. In the event of the institution of any proceedings by or against the awarded vendor, voluntarily or involuntarily, in bankruptcy or insolvency, or under the provisions of the Federal Bankruptcy Act, or for the appointment of a receiver or trustee or an assignee for the benefit of creditors of the property of the vendor, Rowan University shall have, in addition to the rights previously stated, the right to cancel this Agreement forthwith. IV. INDEMNIFICATION The awarded vendor agrees to indemnify, protect, save harmless, and defend Rowan University, its governors, officers, employees, and agents from and against any and all claims, losses, costs, damages, and expenses, including legal costs and attorney fees, and demands of any kind whatsoever, whether for bodily injury, including death, damage to property, including the loss of work performed by the Proposer, its agents or employees, alone or with others, or resulting from or arising out of services provided jointly by the Proposer, its agents or employees or servants. A. Vendor shall reimburse, and make good to the University all monies, which the University or its representatives shall pay, or cause to be paid, or become liable to pay, by reason of such claims, or in connection with any litigation, investigation or other matters connected therewith. RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 26 B. This indemnification obligation is not limited by, but is in addition to the insurance obligations contained in this agreement. V. INSURANCE REQUIREMENTS A. Vendor agrees to obtain and maintain, at its sole expense, the insurance coverage described below. All insurance must be placed with an insurance company licensed to conduct business in the State of New Jersey and maintaining an A.M Best Rating of “A” or better with a financial size rating of Class XI or larger. All insurance required herein shall be written on an Occurrence basis, unless otherwise noted, shall contain a waiver of subrogation in favor of Rowan University and the State of New Jersey, and will be in effect no later than 12:01 A.M. at the start of the day of the contract and must remain in effect for the duration of the contract, including any extensions. B. Vendor agrees that no insurance policy will be cancelled, reduced, or revised without thirty (30) days prior written notice to Rowan University. In addition, required insurance will be primary and non-contributory to any other insurance available and any limitations of Vendor’s insurance will not relieve the Vendor of its indemnification responsibilities to Rowan University and the State of New Jersey per Section IX. Indemnity. C. Insurance Required: 1. Workers’ Compensation Insurance with statutory limits applicable to the laws of the State of New Jersey and any other State or Federal jurisdiction required to protect the employees of Vendor who will be engaged in the performance of work under this contract. 2. Employers' Liability Protection with a limit of liability not less than one million dollars ($1,000,000) bodily injury, each occurrence; one million dollars ($1,000,000) disease, each employee; and one million dollars ($1,000,000) disease, aggregate limit. 3. Commercial General Liability written on a current ISO Occurrence Form or equivalent. The General Liability policy will include, but not be limited to, coverage for bodily injury (including death) and property damage arising from premises and operations liability, products and completed operations liability, personal injury and advertising liability, sexual abuse and molestation, contractual liability, and fire legal liability. Vendor agrees to maintain the following general liability limits of coverage: • Per occurrence: $1,000,000 • Products/completed operations aggregate: $3,000,000 • Personal and advertising injury: $1,000,000 • General aggregate: $3,000,000 4. A “per location or Project endorsement” shall be included so that the general aggregate limit applies separately to the Rowan location or Project. 5. Comprehensive Automobile Liability insurance written on an occurrence basis covering owned, non- owned, and hired vehicles. The limits of liability shall not be less than a combined single limit of two million dollars ($2,000,000) per occurrence. 6. Excess Liability, umbrella insurance, follow form, applying excess of the commercial general liability, commercial automobile liability and employer’s liability insurance in minimum amounts of five million dollars ($5,000,000) per occurrence, five million dollars ($5,000,000) general aggregate, and five million dollars ($5,000,000) products/completed operations. 7. Professional (Errors & Omissions) Liability insurance minimum amounts of five million dollars ($5,000,000) per claim. If this policy is written on a claims-made policy form, Vendor agrees that upon termination of the claims-made policy a retroactive reporting policy (tail policy) will be purchased to provide coverage for losses that result from the professional services provided during the term of this contract but are not discovered or reported until after cancellation of the claims made policy. D. The General Liability and Automobile Liability policies shall each name Rowan University and the State of New Jersey as additional insureds. E. Vendor shall bear all costs of all policy deductibles. RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 27 F. Vendor may, if they so desire, include with their proposal the applicable certificates of insurance. This will expedite the contract award process for the awarded vendor. G. Within ten (10) days after receipt of notice of intent to award contract, and if applicable, annually thereafter until contract termination, Vendor will furnish Rowan University with Certificates of Insurance evidencing all required insurance. 1. Certificates must evidence the Additional Insured language. 2. Certificates will be submitted to the Senior Director of Contracting and Procurement, Rowan University, 201 Mullica Hill Road, Glassboro, NJ 08028. H. The awarded vendor shall assume all responsibility for its actions and those of anyone else working for it while engaged in or traveling to or from any activity connected with this agreement. The successful proposer agrees to defend, indemnify, and hold harmless Rowan University and its officers, agents, staff members and employees, from all actions, claims, and demands whatsoever that may be asserted by, or on behalf of anyone, against the University, its officers, agents, staff members and employees because or as a result of, any accident, injury or illness that may occur to or be sustained by any person, agency, or company that arises out of the activities conducted under this RFP by the proposer, their employees or anyone acting on the proposer's behalf. I. Rowan University, as a State funded University, will not indemnify vendors in any form. VI. FORCE MAJEURE C. Neither Party will be liable for any failure or delay in performing an obligation under this Agreement that is due to any of the following causes, to the extent beyond its reasonable control: acts of God, accident, riots, war, terrorist act, epidemic, pandemic, quarantine, civil commotion, breakdown of communication facilities, breakdown of web host, breakdown of internet service provider, natural catastrophes, governmental acts or omissions, changes in laws or regulations, national strikes, fire, explosion, generalized lack of availability of raw materials or energy. D. For the avoidance of doubt, Force Majeure shall not include (a) financial distress nor the inability of either party to make a profit or avoid a financial loss, (b) changes in market prices or conditions, or (c) a party's financial inability to perform its obligations hereunder. VII. ROWAN UNIVERSITY GENERAL A. Rowan University may need to issue one or more addenda related to this bid. Such addenda shall be added to the original bid document and posted at The Office of Contracting and Procurement website (https://sites.rowan.edu/procurement/bids) : It will be the responsibility of the prospective vendors and other interested parties to familiarize themselves with the website and visit it regularly during the bid process for updated information or addenda related to this bid. B. Short procedural inquiries may be accepted by telephone from the buyer noted for this project. However, oral explanations or instructions given over the telephone shall not be binding upon the University. Bidders shall not contact any person within the University directly, in person, or by telephone, other than the assigned buyer, concerning this project. C. If a joint venture is submitting a bid, the agreement between the parties relating to such joint venture shall be submitted with the joint venture’s submission. D. Any modifications to the bid document prior to award may invalidate entire submission. E. The awarded firm may not assign sell or sub-contract its obligations under the contract to any third party without prior approval in writing by the University. F. Rowan reserves the right to negotiate the terms and conditions of the contract to obtain the most advantageous situation for Rowan. G. Rowan reserves the right to suspend or terminate the procurement process described in this bid at any time (in its sole discretion). If terminated, Rowan may determine to commence a new procurement https://sites.rowan.edu/procurement/bids/ https://sites.rowan.edu/procurement/bids RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 28 process or exercise any other rights provided under applicable law without any obligation to the Respondents. H. Patents: The Suppliers shall hold and save the University, its officers, agents, and employees harmless from liability of any nature or kind, including cost and expense for or on account of any patented or unpatented invention, article, or applicable manufacturer or use in materials and forms of construction as will satisfy the University's requirements. I. Submission as Public Information and Property of Rowan Submissions will be held confidential during the bid process until such time as the final contract is executed, upon such time the bid submittals may be subject to the Open Public Records Act for non- propriety information. It is the responsibility of the prospective vendor to indicate what submitted information is proprietary. J. All submissions will become the property of Rowan. K. In submitting a bid, the Vendor agrees, unless specifically authorized in writing by an authorized representative of Rowan University on a case by case basis, that it shall have no right to use, and shall not use, the name of Rowan University, its officials or employees, or the Seal of the University: 1. In any advertising, publicity, promotion; 2. To express or imply any endorsement of agency’s services; 3. To use the name of the State, its officials or employees or the University seal in any manner (whether or not similar to uses prohibited by (a) and (b) above) except only to manufacture and deliver in accordance with this agreement such services as are hereby contracted by the University. L. The preparation of a bid shall be at the expense of the respondent. Rowan University will not reimburse firms for any costs associated with the preparation or submittal of a response. M. Rowan University does not allow payment of attorney fees for litigation regardless of disposition of matter. N. By responding to this bid, firms acknowledge and consent to the conditions set forth herein relative to the submission, review and consideration of your response. O. Submissions which, in the sole judgment of Rowan, fail to meet the requirements of the bid or which are in any way conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors shall be rejected. P. Rowan University will not accept jurisdiction in any State except New Jersey. Q. The vendor shall be solely responsible for all damage or unauthorized destruction to any Rowan University buildings, equipment, premises or facilities; lease, lent, or in the care, custody or control of the University or State. R. Rowan University reserves the right to reject any or all submissions or to award in whole or in part if deemed in the best interest of the University to do so. S. This bid is not binding on the University. T. Protest of restrictive specifications or improprieties in the solicitation, by an interested party, must be received by the Procurement Department in writing not less than ten (10) working days before the closing date for receipt of submissions. U. The bidder is required to carefully examine the work proposed, the specifications and any drawings for the work, and to compute the quantities of labor or material entering therein, and to determine for himself, the difficulties incidental to the prosecution of the work, and the presentation of a bid shall be considered as conclusive evidence of such examination V. Unless specifically noted within this bid, Rowan’s Standard Terms and Conditions take precedence over any special terms and conditions contained in this bid. W. Bidders assume sole responsibility for the complete effort required in this bid. No special consideration shall be given after bids are opened because of a bidder’s failure to be knowledgeable of all the https://sites.rowan.edu/procurement/ RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 29 requirements of this bid. By submitting a bid in response to this offering, the bidder represents that it has satisfied itself, from its own investigation, of all the requirements of this bid. X. Rowan University has the option, in its sole discretion, to reduce the scope of work after contract execution for any task or subtask called for under this contract in accordance with applicable law. In such an event, the Senior Director of Contracting and Procurement (Senior Director) shall provide advanced, written notice to the vendor. 1. Upon receipt of such written notice, the vendor will submit, within five (5) working days to the Senior Director of Contracting & Procurement, an itemization of the work effort already completed by task or subtasks. The vendor shall be compensated for such work effort according to the applicable portions of its cost proposal. Y. The Senior Director may, for valid reason, issue a stop order directing the vendor to suspend work under the contract for a specific time. The vendor shall be paid until the effective date of the stop order. The vendor shall resume work upon the date specified in the stop order or upon such other date as the Senior Director may thereafter direct in writing. The period of suspension shall be deemed added to the vendor’s approved schedule of performance. The Senior Director and the vendor shall negotiate an equitable adjustment, if any, to the contract price. Z. Rowan University reserves the right to cancel this contract with thirty (30) calendar days written notice to the vendor(s) with or without cause. AA. No party, including any respondent to this bid, is granted any rights hereunder. BB. The bid submitted by the vendor shall be binding on the vendor. CC. Rowan University reserves the right to seek clarification and additional information at any point in connection with vendor information or other communication regarding this bid. VIII. PRICE AND PAYMENT GENERAL A. PRICE FLUCTUATION DURING CONTRACT Unless otherwise agreed to in writing by the University, all prices quoted shall be firm through issuance of contract or purchase order and shall not be subject to increase during the period of the contract. In the event of a manufacturer's or vendor's price decrease during the contract period, the University shall receive the full benefit of such price reduction on any undelivered purchase order and on any subsequent order placed during the contract period. The Senior Director of Contracting and Procurement must be notified, in writing, of any price reduction within five (5) days of the effective date. Failure to report price reductions may result in cancellation of contract for cause. B. AVAILABILITY OF FUNDS The University’s obligation to make payment under this contract is contingent upon the availability of appropriated funds and receipt of revenues from which payment for contract purposes can be made. No legal liability on the part of the University or the State of New Jersey for payment of any money shall arise unless and until funds are appropriated each fiscal year to the using agency and made available through receipt of revenue. RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 30 TERMS & CONDITIONS: SPECIFIC TO NEW JERSEY STATE LAW REQUIRING MANDATORY COMPLIANCE BY ALL VENDORS Rowan University is an agency of the State of New Jersey thus requiring University compliance with all State regulations. The statutes, laws or codes cited herein are available for review at the New Jersey State Library, 185 West State Street, Trenton, New Jersey 08625. Where conflict among the compliance requirements or with these specifications exists the most stringent requirements shall be utilized. The most recent edition of any relevant regulation, standard, document, or code shall be in effect. It is agreed and understood that any contracts and/or orders placed as a result of this proposal shall be governed and construed and the rights and obligations of the parties hereto shall be determined in accordance with the laws of the State of New Jersey. I. BUSINESS REGISTRATION Pursuant to N.J.S.A. 52:32-44, the University is prohibited from entering into a contract with an entity unless the bidder and each subcontractor named in the proposal have a valid Business Registration Certificate on file with the Division of Revenue and Enterprise Services. A subcontractor named in a bid or other proposal shall provide a copy of its business registration to the bidder who shall provide it to the University. A. The contractor shall maintain and submit to the University a list of subcontractors and their addresses that may be updated from time to time with the prior written consent of the Director during the course of contract performance. The contractor shall submit to the University a complete and accurate list of all subcontractors used and their addresses before final payment is made under the contract. B. Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a business registration, or that provides false business registration information, shall be liable for a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration copy not properly provided under a contract with a contracting agency. C. The contractor and any subcontractor providing goods or performing services under the contract, and each of their affiliates, shall, during the term of the contract, collect and remit to the Director of the Division of Taxation in the Department of the Treasury, the Use Tax due pursuant to the Sales and Use Tax Act, P.L. 1966, c. 30 (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered into the University. Any questions in this regard can be directed to the Division of Revenue at (609) 292-1730. Form NJ-REG can be filed online at http://www.state.nj.us/treasury/revenue/busregcert.shtml. II. ANTI-DISCRIMINATION All parties to any contract with the University agree not to discriminate in employment and agree to abide by all anti-discrimination laws including those contained within N.J.S.A. 10:2-1 through N.J.S.A. 10:2-4, N.J.S.A. 10:5-1 et seq. and N.J.S.A. 10:5-31 through 10:5-38, and all rules and regulations issued thereunder are hereby incorporated by reference. The agreement to abide by the provisions of N.J.S.A. 10:5-31 through 10:5-38 include those provisions indicated for Goods, Professional Service and General Service Contracts (Exhibit A, attached) and Constructions Contracts (Exhibit B and Executive Order 151, August 28, 2009, attached) as appropriate. A. The vendor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time. III. PREVAILING WAGE ACT http://www.state.nj.us/treasury/revenue/busregcert.shtml RFP 23-41 Construction Manager for School of Veterinary Medicine Office of Contracting & Procurement 31 The New Jersey Prevailing Wage Act, N.J.S.A. 34: 11-56.25 et seq. is hereby made part of every contract entered into on behalf of the University, except those contracts which are not within the contemplation of the Act. The bidder's signature on this proposal is their guarantee that neither they nor any subcontractors they might employ to perform the work covered by this proposal has been suspended or debarred by the Commissioner, Department of Labor and Workforce Development for violation of the provisions of the Prevailing Wage Act and/or the Public Works Contractor Registration Acts; the bidder’s signature on the proposal is also their guarantee that they and any subcontractors they might employ to perform the work covered by this proposal shall comply with the provisions of the Prevailing Wage and Public Works Contractor Registration Acts, where required. IV. AMERICANS WITH DISABILITIES ACT The vendor must comply with all provisions of the Americans with Disabilities Act (ADA), P.L 101-336, in accordance with 42 U.S.C. 12101, et seq. V. MACBRIDE PRINCIPLES The vendor must certify pursuant to N.J.S.A. 52:34-12.2 that it either has no ongoing business activities in Northern Ireland and does not maintain a physical presence therein or that it will take lawful steps in good faith to conduct any business operations it has in Northern Ireland in accordance with the MacBride principles of nondiscrimination in employment as set forth in N.J.S.A. 52:18A-89.5 and in conformance with the United Kingdom’s Fair Employment (Northern Ireland) Act of 1989, and permit independent monitoring of their compliance with those principles. VI. RIGHT TO AUDIT Pursuant to N.J.A.C. 17:44-2.2, Rowan University and the State, including the Office of the Comptroller, has the authority to audit or review contract records that are relevant records of private vendors or other persons entering into contracts with covered entities are subject to audit or review by OSC pursuant to N.J.S.A. 52:15C-14(d). VII. MAINTENANCE OF RECORDS The vendor shall maintain records for products and/or services delivered against the contract for a period of five (5) years from the date of final payment unless otherwise specified in the bid. Such records shall be made available to the University and the State, including the Comptroller, for audit and review. VIII. PAY TO PLAY PROHIBITIONS Pursuant to N.J.S.A. 19:44A-20.13 et seq. (P.L. 2005, c. 51), and specifically, N.J.S.A. 19:44A-20.21, it shall be a breach of the terms of the contract for the business entity to: A. Make or solicit a contribution in violation of the statute; B. Knowingly conceal or misrepresent a contribution given or received; C. Make or solicit contributions th

201 Mullica Hill Road, Glassboro, New JerseyLocation

Address: 201 Mullica Hill Road, Glassboro, New Jersey

Country : United StatesState : New Jersey

You may also like

Construction Manager at Risk (CMAR

Due: 30 Apr, 2024 (Tomorrow)Agency: Ector County Independent School District

Construction Manager at Risk Bells Ferry Elementary School Addition & Modifications

Due: 30 Apr, 2024 (Tomorrow)Agency: Cobb County School District

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.